Supply and Installation of Wireless WAN Infrastructure
Surveys for new wireless radio point to point or point to multi point links. Equipment for new wireless radio point to point or point to multi point links. Installation of new wireless radio point to point or point to multi point links.
United Kingdom-Dundee: Maintenance services of radio-communications equipment
2017/S 145-299654
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
United Kingdom
Contact person: Yvonne Graham
Telephone: +44 1382834182
E-mail: yvonne.graham@dundeecity.gov.uk
NUTS code: UKM71
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Supply, Installation of any new Equipment and Maintenance of Existing Wireless WAN Infrastructure.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Areas of Angus, Dundee & Perth & Kinross.
II.2.4)Description of the procurement:
Surveys for new wireless radio point to point or point to multi point links.
Equipment for new wireless radio point to point or point to multi point links.
Installation of new wireless radio point to point or point to multi point links.
Maintenance of existing Wireless radio links and new links purchased throughout the contract.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to one year after the expiry of the term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland)Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Net Profit.
Current Ratio.
Shareholders Fund.
Unqualified Audit Report.
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
Professional Indemnity Insurance: = 1 000 000 GBP.
Net profit — Net profit (not a loss) in at least one of the previous 2 years and if there has been a loss in one of these there must be an exceptional item explaining this detailed in the accounts.
Current ratio — Current ratio greater than one in at least one of the 2 financial years.
Shareholders Funds — Positive shareholders funds in both of the financial years.
Unqualified audit report — Unqualified audit report in both financial years.
III.1.3)Technical and professional ability
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
4C.8.1Bidders require to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract. Bidders require demonstrate having a minimum of 4 staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT.
4C.8.2 Bidders require to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract. Bidders require demonstrate having a minimum of 2 Managerial staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT.
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.
4C.10 Sub Contacting: The bidder is required to provide details of the proportion (i.e percentage) of the contract that Bidder intends to subcontract.
4D.1/4D1.1/4D.1.2 Quality Assurance Schemes including Health & Safety. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent.
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
4D2./4D2.2.1/4D2.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
4C.8.1 Bidders require to demonstrate having a minimum of 4 staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT.
4C.8.2 Bidders require demonstrate having a minimum of 2 Managerial staff with knowledge and experience relevant and commensurate to the subject matter and scale of the work associated with this ITT.
4C.9 Bidders require to demonstrate that they have access to 4 x 4 vehicles, a Cherry Picker and other transport for the purpose of delivering this contract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Fairmuir Depot, 365 Clepington Road, Dundee DD3 8DZ.
Section VI: Complementary information
VI.1)Information about recurrence
August 2020 or August 2021 depending if the option to extend is exercised.
VI.2)Information about electronic workflows
VI.3)Additional information:
Question scoring methodology for Selection Criteria (Qualification Envelope: Pass/Fail
Award Criteria questions can be found in the ITT together with the weightings.
Award Scoring.
0 — Unacceptable — Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 — Poor — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 — Acceptable — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 — Good — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 — Excellent — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7837. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Vacancy Sharing — The Supplier shall advertise all new employment vacancies created through the Contract including Modern Apprentice opportunities, through the employability partners including Jobcentre Plus, alongside to any additional advertising or recruitment media that the Supplier may choose to apply.
Apprentice Starts and Existing apprentices — The Supplier shall be asked to consider, where appropriate, providing Apprentice opportunities involved in the delivery of the Contract.
Work Experience Placements — The Supplier shall be asked to consider, where appropriate, providing Work Experience Placements involved in the delivery of the Contract.
Community and Awareness Raising Activity — The Supplier shall deliver a minimum of 2 Awareness Raising Events or Curriculum Support Events associated with delivery of the Contract
Support to Community — Suppliers are required to identify other opportunities which would benefit their local community.
(SC Ref:505823).
VI.4.1)Review body
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
United Kingdom
Telephone: +44 1382834182Internet address:http://www.taysideprocurement.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Saughton House Broomhouse Drive
Edinburgh
EH11 3XD
United Kingdom
Telephone: +44 1312252595
E-mail: enquiries@scotcourts.gov.ukInternet address:http://www.scotcourts.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Network, Security and Telecoms Partner Requirement
Thames Water Managed Telephony Contract
Computer Network Replacement Tender Birmingham Airport
Birmingham City Council Wide Area Network Contract
Thames Water Managed Telephony Contract